Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 15, 2021 SAM #7258
SOLICITATION NOTICE

J -- Cooling Tower Cleaning and Disinfection Services

Notice Date
10/13/2021 3:05:40 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26222Q0033
 
Response Due
11/2/2021 10:00:00 AM
 
Archive Date
01/01/2022
 
Point of Contact
Choo, Sam, Contract Specialist, Phone: 562-766-2234
 
E-Mail Address
Sam.choo@va.gov
(Sam.choo@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. 1.A. Project Title: Cooling Tower Cleaning and Disinfection Services at VA Greater Los Angeles Healthcare System 1.B. Project Location: VA GLA HCS, 11301 Wilshire Blvd, Los Angeles, CA 90073, Bldg. 501. 1.C. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26222Q0033. 1.D. Set Aside: This solicitation is 100% set aside for Service-Disabled Veteran Owned Small Businesses IAW Public Law 109-461, 38 USC Section 8127 1.E. Applicable NAICS code: 238220, Plumbing, Heating, and Air-Conditioning Contractors 1.F. Small Business Size Standard: $16.5 Million 1.G. Type of Contract: Firm Fixed Price 1.H. Period of Performance: Base year plus up to 4 options years. 1.I. Wage Determination: SCA WD 2015-5613 Revision 18 2. Key solicitation milestones are: 2.A. A site survey will be conducted at 10:00 AM, Tuesday, October 19, 2021. Participants will meet 11301 Wilshire Blvd, Los Angeles, CA 90073, Bldg. 501. Participants must wear masks and practice social distancing indoor. Please email sam.choo@va.gov to indicate that you are participating in the site survey. The site survey is not mandatory. 2.B. Submit any questions regarding this procurement via email to sam.choo@va.gov no later than 10:00 AM, Tuesday, October 26, 2021. No questions will be answered after this date/time unless determined to be in the best interest of the Government as determined by the Contracting Officer. Telephonic questions will not be accepted or returned. RFI responses will be responded to as necessary in amendment format which will be posted to contract opportunities at https://sam.gov/. 2.C. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 2 and enclosure 3 (852-219-77) via email no later than 10 AM, Tuesday, November 2, 2021 to sam.choo@va.gov. Ensure the following are completed and/or included in the offer packet: 2.C.1. Vendor Information 2.C.2. Acknowledgement of amendments 2.C.3. Concurrence/non-concurrence with solicitation terms, conditions, and provisions 2.C.4. Schedule of services 2.C.5. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items 2.C.6. VAAR 852.219-77, VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (enclosure 3) 3. Scope: The Department of Veterans Affairs Greater Los Angeles Healthcare System (VAGLAHS) has a requirement to clean and disinfect cooling towers, which includes: Online Disinfection (pre-disinfection). Physical System Cleaning. Final System Disinfection. Project Validation. All required equipment, manpower, and materials will be provided by awarded contractor to complete the scope of work. Comply with VACO Directive 1061 and Cooling Tower Standard ES-2019-001 3.A. Specific Requirements. 3.A.1. Contractor shall prepare for pre-disinfection before the physical cleaning of the system. Elevated levels of an oxidizing biocide will be added, per Cooling Tower Institute (CTI) recommendations for routine online disinfection.  3.A.2. Contractor shall add a bio-dispersant or deposit release chemistry to increase the performance of the disinfection by breaking up and removing organic material, bacteria, and slime in the fill. Chemistry will be monitored and documented. 3.A.3. Contractor must perform the cleaning and disinfection in two portions; half of the cooling tower will be isolated and drained for the manual cleaning process. The other half of the cooling tower must remain online and active. 3.A.4. Contractor must perform high-pressure washers to perform physical cleaning include entire internal and external areas: Drift eliminator areas Internal sump, basin, and fan plenum areas Removal of dirt, debris, bacteria, and organic material that have collected on the surfaces.   Debris/waste needs to be bagged and disposed of. 3.A.5. Contractor must follow the manual cleaning process of the entire system. The cooling tower will be completely filled and disinfected again as per the Online Disinfection above. The cooling tower system may require another drain & refill depending on system turbidity. 3.B. Inspection and Acceptance Criteria. Upon completion of work, contractor will coordinate with facility POC for final inspection. Contractor must provide thorough written documentation of the disinfection process. This documentation will include an inspection report, a detailed review of the procedures used, and an executive summary of the completed work including any recommended actions,. The project validation will also include digital before and after pictures to document the results. 3.C. Additional Requirements. 3.C.1. Contractor shall obtain all necessary licenses required to perform this work. Contractor shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract. Contractor shall be responsible for any injury to himself/herself, his/her employees, or others, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by him/her or his/her employees fault or negligence. 3.C.2. The Contractor must comply with all applicable Federal, State and local requirements regarding workers health and safety. The requirements include, but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR), Parts 1910 and 1926. The Contractor is solely responsible for determining the legal requirements that apply to activities and must ensure safe and healthful working conditions for its employees. 3.C.3. Contractor shall be responsible for any damages to existing infrastructure and/or healthcare system property/spaces (e.g., surfaces, stairwells, corridors, panels, walls, elevators, service areas, floors, carpet, road, pavement, etc.), including but not limited to, duct work, door frames, doors, electrical work, conduit, low voltage conductors, piping, CAT V cable, drywall, flooring, ceiling, plumbing work, lighting, and/or blocking ingress/egress routes. 3.D. Changes. The awarded Contractor is advised that only the Contracting Officer, acting within the scope of the contract has the authority to make changes which affect the contract in terms of quality, quantity, price or delivery. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment shall be made in the contract price to cover any increase in costs incurred as a result thereof. 3.E. Parking. It is the responsibility of Contractor personnel to park only in designated parking areas. Parking information is available from the VA Police. The VA shall not validate or make reimbursement for parking violations of the Contractor s personnel under any circumstances. 3.F. Identification Badges: All Contractor personnel are required to wear identification (I.D.) badges during the entire time they are on the VA Healthcare System grounds. I.D. badges must have an identification picture and shall state the name of the individual and the company represented. All VA provided I.D. badges shall be returned at the end of the contract or upon completion of service. Failure to wear ID badges may result in removal from any of the VA facilities and/or otherwise referred to Government property. 3.G. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There will no longer be designated smoking areas. 3.H. Insurance Coverage. 3.H.1. The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California and/or Nevada laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. 3.H.2. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. 3.I.1. Work schedule must be scheduled with facility point-of-contact with a minimum of 72 hours before work commencement. 3.I.1. Work may be scheduled during recommended business hours (6:00am 9:00 pm), Monday Friday, Pacific Standard Time, excluding Federal Holidays. 3.I.2. Any overtime or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. 3.I.3. If a holiday falls on Sunday, the following Monday shall be observed as the legal holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a legal holiday by U.S. Government agencies. Also included, would be any other day specifically declared by the President of the United States of America to be a National Holiday. Government Holidays observed include: New Year s Day 1 January Martin Luther King s Birthday Third Monday in January Presidents Day Third Monday in February Memorial Day Last Monday in May Juneteenth 19 June Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day Fourth Thursday in November Christmas Day 25 December 3.J. VHA Supplemental Contract Requirements for Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors 3.J.1. Contractor employees who work in or travel to VHA locations must comply with the following: 3.J.1.a. Documentation requirements: 3.J.1.a.1. If fully vaccinated, shall show proof of vaccination 3.J.1.a.1.i. NOTE: Acceptable proof of vaccination includes a signed record of immunization from a health care provider or pharmacy, a copy of the COVID-19 Vaccination Record Card (CDC Form MLS-319813_r, published on September 3, 2020), or a copy of medical records documenting the vaccination 3.J.1.a.2. If unvaccinated and granted a medical or religious exception, shall show negative COVID-19 test results dated within three calendar days prior to desired entry date. Test must be approved by the Food and Drug Administration (FDA) for emergency use or full approval. This includes tests available by a doctor s order or an FDA approved over-the-counter test. 3.J.1.a.3. Documentation cited in this section shall be digitally or physically maintained on each contractor employee while in a VA facility and is subject to inspection prior to entry to VA facilities and after entry for spot inspections by Contracting Officer Representatives (CORs) or other hospital personnel. 3.J.1.a.4. Documentation will not be collected by the VA; contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. 3.J.2. Contractor employees are subject to daily screening for COVID-19 and may be denied entry to VA facilities if they fail to pass screening protocols. As part of the screening process contractors may be asked screening questions found on the following website: COVID-19 Screening Tool. Regularly check the website for updates. 3.J.2.a. Contractor employees who work away from VA locations, but who will have direct patient contact with VA patients shall self-screen utilizing the COVID-19 Screening Tool, in advance each day that they will have direct patient contact and in accordance with their person or persons who coordinate COVID-19 workplace safety efforts at covered contractor workplaces. Contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. 3.J.3. Contractor must immediately notify their COR or Contracting Officer if contract performance is jeopardized due to contractor employees being denied entry into VA Facilities. 4. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05 Effective March 10, 2021. The following provisions and clauses apply to this solicitation and can be found in enclosure 1. 4.A. FAR 52.212-1, Instructions to Offerors Commercial Items 4.B. FAR 52.212-2, Evaluation Commercial Items 4.C. FAR 52.212-4, Contract Terms and Conditions Commercial Items 4.D. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Commercial Items 4.E. FAR 52.223-99, VHA Supplemental Contract Requirements for Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors 4.F. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 4.G. VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance 4.H. FAR 52.233-2, Service of Protest 4.I. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 4.J. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution 4.K. VAAR 852.233-71, Alternative Protest Procedure 4.L. VAAR 852.237-70, Contractor Responsibilities
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f2e001b754d74cd18fe1cb50547fd21e/view)
 
Place of Performance
Address: Department of Veterans Affairs VA Greater Los Angeles Healthcare System 11301 Wilshire Blvd, Bldg. 501, Los Angeles 90073, USA
Zip Code: 90073
Country: USA
 
Record
SN06156603-F 20211015/211013230110 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.